Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2020 SAM #6750
SOURCES SOUGHT

Y -- CA FS 1038(1), Salt Gulch Bridge

Notice Date
5/21/2020 3:56:19 PM
 
Notice Type
Sources Sought
 
NAICS
237 —
 
Contracting Office
6982AF CENTRAL FEDERAL LANDS DIVISI LAKEWOOD CO 80228 USA
 
ZIP Code
80228
 
Solicitation Number
6982AF20SS0005
 
Response Due
2/18/2020 1:00:00 PM
 
Archive Date
08/03/2020
 
Point of Contact
Jorey Deml, Sheri Walsh
 
E-Mail Address
cflacquisitions@dot.gov, cflacquisitions@dot.gov
(cflacquisitions@dot.gov, cflacquisitions@dot.gov)
 
Description
THIS IS NOT A REQUEST FOR BID � PLANS AND SPECIFICATIONS ARE NOT AVAILABLE. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman owned small business concerns, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one of these programs MUST submit the following by e-mail to CFLAcquisitions@dot.gov or by telefax to 720-963-3360 (Attn: Jorey Deml) for receipt by close of business (2 p.m. local Denver time) on February 18, 2020: (1)A positive statement of your intention to submit a bid for this solicitation as a PrimeContractor; (2)A copy of the letter from SBA stating date of HUBZone small business certificationor acceptance to the 8(a) small business program. In the case of a Service DisabledVeteran Owned Small Business Concern, you must provide proof of eligibility (DD form214 or a letter of adjudication from the Veterans Administration). This information mustbe provided in order to determine eligibility � DO NOT SEND COPIES OF YOUR SAMPROFILE; (3)Letter from bonding agent stating your firm�s capability to bond for a single project of$2 million, and your firm�s aggregate bonding capacity; and (4)Provide a list of road construction projects of equal or greater value in which youperformed (as the prime contractor) highway construction work in National Forestlocations that included drilled shaft construction, temporary bridge support structures,structural concrete and CMP culverts. State whether your firm was the prime contract orsubcontractor on the project. DO NOT SEND INFORMATION ON PROJECTS THATDO NOT INCLUDE THE ABOVE WORK. The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified in the All firms should be certified in the System for Award Management (SAM) located at https://www.sam.gov/ A Qualified HUBZone SBC receiving a HUBZone contract for general construction must spend at least 50% of the cost of the contract incurred for personnel on its own employees or employees of other qualified HUBZone SBCs. This requirement may be met by expending at least 50% of the cost of the contract incurred for personnel on its employees or it may subcontract at least 35% of the cost of the contract performance incurred for personnel to one or more qualified HUBZone SBCs. A qualified HUBZone SBC prime contractor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non-qualified HUBZone SBCs. The CA FS 1038(1) Salt Gulch Bridge project is located in Siskiyou County, CA within the Klamath National Forest, approximately 30 miles northwest of Yreka, CA. This project will provide a bridge abutment repair and replacement of approximately 20 culverts. The major work elements include drilled shaft construction, temporary bridge support structure, structural concrete, and CMP culverts ranging in size from 36 inches to 96 inches. The proposed project is estimated at a cost of between $1,000,000 and $2,000,000.� Contract award is anticipated by June 1, 2020. The estimated period of performance would consist of a notice to proceed on June 15, 2020 and a fixed completion date of October 31, 2020. Line Item� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Unit� � � � � � � � � � � �Est. Quantity Drilled Shaft Construction� � � � � � � � � � � � � � � � � � � �LNFT� � � � � � � � � � � 100 Temporary Bridge Support Structure� � � � � � � � �LPSM� � � � � � � � � � � ALL Structural Concrete� � � � � � � � � � � � � � � � � � � � � � � � � � �CUYD� � � � � � � � � � � 80 CMP Culverts� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �LNFT� � � � � � � � � � � 1,000 ��� �������������������������������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/675956ba3a234880ab4efb792765fe44/view)
 
Place of Performance
Address: CA 96097, USA
Zip Code: 96097
Country: USA
 
Record
SN05668396-F 20200523/200521230231 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.